The RFP Database
New business relationships start here

AE Renovate Bldg.-34, Eye Clinic and FCA's


Tennessee, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Page 1 of 5
The A/E shall provide all Architectural and Engineering services necessary to design a construction project to renovate a total of 55,717 square feet of existing space in Building 34 at the James H. Quillen VA Medical Center, Mountain Home (Johnson City), Tennessee. This project will renovate approximately 20,307 square feet of the historic Admin Building 34 to convert to Specialty Care clinic (Eye Clinic), as well as correct numerous Environment of Care and various Facility Condition Assessment (FCA) deficiencies. A portion of this project will also convert 9,474 square feet of space that is currently designated as Tenant space. This Tenant Space will be converted to Specialty Care space. The balance of the building will be designed as Maintenance Shop and Administrative space. The design of architectural, structural, mechanical, electrical, civil or other engineering features of the work shall be accomplished by registered or certified architects or engineers within the Continental United States.
The AE shall, when requested, without additional expense to the Government be responsible for obtaining any necessary licenses and permits in connection with performance of this contract of any possible construction based on the results thereof (including but not limited to , reports, plans, specifications, location, time, estimated cost of construction or estimated Value Engineering savings) or except to authorized Government personnel or upon prior written approval of the Contracting Officer.
AE firms submitting SF330 s for review under this project will be evaluated based on the following selection criteria:
Professional qualifications necessary for satisfactory performance of required services;

Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials;

Capacity to accomplish the work in the required time;

Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules;

Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project;

Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness;

Record of significant claims against the firm because of improper or incomplete architectural and engineering services; and

Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team.

Mileage Restriction: This procurement is restricted to Service Disabled Veteran Owned Small Businesses (SDVOSB) located within a 500 mile driving distance from the Mt. Home VAMC located at Corner of Lamont & Veterans Way, Mt. Home TN 37684. The 500 mile restriction will be verified by using the shortest driving distance from the Mt. Home VAMC to a contractor s office from which the majority of the design services will be performed. This mileage restriction will be calculated using the following link: https://www.google.com/maps/dir//Robley+Rex+Mt. Home+VA+Medical+Center,+Zorn+Avenue,+Mt. Home,+KY/@38.2703791,-85.7326781,13z/data=!3m1!4b1!4m8!4m7!1m0!1m5!1m1!1s0x88697371c70a55d3:0x3c14c8d97668d347!2m2!1d-85.6976586!2d38.2703169

If said contractor s office is more than the 500 mile driving distance restriction to the Mt. Home VAMC, the contractor s SF330 package will not be evaluated by the source selection evaluation board (SSEB) and will not be considered for award. This mileage restriction is in compliance with VAAR 805.207.
Contractors are required to place the address that must be utilized by the contracting officer on the first page (cover page) of the SF 330 package. No other address will be utilized when determining said mileage restriction.

Acceptability under other appropriate evaluation criteria.
NAICS code 541310 is applicable to this requirement. The small business size standard is $7.5M.
VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009)
(a) Definition.B For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern :
(1) Means a small business concern:
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses);
(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;
(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and
(iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov).
(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).
(b) General.B (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered.
(2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern.
(c) Agreement.B A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for:
(1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns;
(2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns;
(3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or
(4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns.
(d) A joint venture may be considered a service-disabled veteran owned small business concern if
(1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations:B That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement;
(2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and
(3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation.
(4) The joint venture meets the requirements of 13 CFR 125.15(b).
(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
Project 603-17-611, Design for Renovate Laboratory Equipment Renovation, will be procured in accordance with The Brooks Act of 1972, Federal Acquisition Regulation (FAR) 36.6 and VA Acquisition Regulation 836.6.
THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330s.
Acceptable Electronic FormatsB (Software) for Submission of Offers
Files readable using the current Microsoft* Office version Products: Word, Excel, and PowerPoint.B Please see security note below for caution regarding use of macros. When submitting construction drawings contractors are required to submit one set in AutoCAD and one set in Adobe PDF. (purpose: contracting can open the PDF version and engineering can open AutoCAD files);

Files in Adobe* PDF (Portable Document Format) Files:B When scanning documents scanner resolution should be set to 200 dots per inch, or greater;

Other electronic format. If you wish to submit an offer using another format other than described in these instructions, e-mail the Contracting Officer who issued the solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation.B Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer; and

Please note that we can no longer accept .zip files due to increasing security concerns.

E-mail Submission Procedures: For simplicity in this guidance, all submissions in response to a solicitation will be referred to as offers.
Subject Line: Include the solicitation number, name of company, and closing date of solicitation;

Size: Maximum size of the e-mail message shall not exceed five (5) megabytes. Only one email is permitted unless otherwise stated in this paragraph or in writing by a Contracting Officer; and

The offer will be date and time stamped by the Microsoft Email system and will be the official record of receipt for the submission.

E-mail questions to: jason.kinchen@va.gov Submissions must be received No Later Than 2:00 PM ET on December 20, 2017. Submission by Electronic Mail is AUTHORIZED. Submitted SF330 s are not to exceed a total of fifty (50) pages INCLUDING cover page and any other submitted documents

Send 330s to: Jason Kinchen
615-225-6506
Jason.kinchen@va.gov

This is not a Request for Proposal. This Notice is seeking information only from qualified Architectural and Engineering firms with the capability to perform the work. The government will not provide any reimbursements to contractors submitting their qualification for this requirement.

Jason Kinchen
jason.kinchen@va.gov

jason.kinchen@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP